Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
DOCUMENT

58 -- G-BOSS PRE-SHOT SNIPER DETECTION SYSTEM - Attachment

Notice Date
4/27/2011
 
Notice Type
Attachment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJQ21
 
Response Due
5/27/2011
 
Archive Date
7/11/2011
 
Point of Contact
Technical POC:
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY SOURCES SOUGHT SYNOPSIS - This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The GOVERNMENT is seeking inputs from parties interested in supplying a pre-shot sniper activity detection system for potential incorporation into the U.S. Marine Corps Ground-Based Operational Surveillance System (Expeditionary) (G-BOSS(E)) program. The RFI is for pre-shot technologies only that may include: optic retro-reflective methods, SWIR, skin detection, or any other current technology that is capable of detecting and localizing snipers or sniper activity sources is being sought. Attachment 1 provides specific requirements for the proposed system. Interested parties shall submit an initial synopsis (commonly referred to as "white paper") following format outlined in attachment 1. Offerors should submit the white papers electronically to the NSWC Crane Contracting Office point of contact below NLT 02:00 PM EDT 27 MAY 2011. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. White papers may be submitted any time prior to expiration of this announcement. The following point of contact is provided for information regarding technical issues: Mr. Robert Sandage, phone 812-854-3472, email: robert.sandage@navy.mil. NSWC Crane Contracting Office Point of Contact is Lorna Tribby, phone 812-854-6021, email: lorna.tribby@navy.mil. Please refer to announcement number N00164-11-R-JQ21 in all correspondence and communications. ATTACHMENT 1 BACKGROUND: The G-BOSS pre-shot sniper detection system will be used during the day, night and adverse weather operations. It will be employed in the open terrain and urban environments as an additional method to increase battlefield situational awareness and as a means to rapidly improve detection, accurately identify, locate, and neutralize sniper activities and other precision small arms fire threats. NAVSURFWARCENDIV Crane is requesting market survey information relative to the maturity and availability of pre-shot sniper activity detection systems for potential incorporation into the U.S. Marine Corps Ground-Based Operational Surveillance System (Expeditionary)(G-BOSS(E)) program. The technology maturity must be at a Technology Readiness Level (TRL) 6 per the Department of Defense (DOD) Technology Readiness Assessment (TRA) Desktop Reference dated July 2009 http://www.dod.gov/ddre/doc/DoD_TRA_July_2009_Read_Version.pdf. In order to be considered a TRL 6, a system/subsystem model or prototype must be demonstrated in a relevant environment. A relevant environment is a testing environment that simulates both the most important and most stressing aspects of the operational environment. Sources are requested to provide information in the form of white papers on their existing pre-shot sniper detection technologies. This RFI is for pre-shot technologies only that may include: optic retro-reflective methods, SWIR, skin detection, or any other current technology that is capable of detecting and localizing snipers or sniper activity sources is being sought. The following information needs to be addressed in response to this RFI: a)Provide a summary on the technical principles of how the system functions. b)Describe the rationale/tactical advantages of the system. c)Has the system been in an operational field environment? d)What is the Technology Readiness Level (TRL) of the system? If the technology is currently fielded, who are the current customers? e)What are the minimum and maximum ranges of detection that the system is capable of achieving? Please provide the range resolution as well. f)What is the localization error associated with a detection? Describe the systems ability to provide an accurate location of the detected sniper as distance increases in terms of error or uncertainty. g)What is the Field of Regard (FOR) of the system? h)Describe any potential safety hazards with the use of the system or technology. i)If the system uses a laser, has the system or a similar system utilizing the same technology been reviewed by the Navy Laser Safety Review Board (LSRB)? j)What is the current Size Weight and Power (SWaP) of the system and is the design performance scalable to SWaP (i.e. if size, weight or power were increased, would performance or detection distance increase as well)? k)How does the system display the detection/information to the user? Describe the system display or the way in which the user is informed of the sniper detection and location. l)Describe the systems capability to operate 24/7 and elaborate on any typical planned (e.g., periodic) or unplanned maintenance required. m)Does the system have recordable output (e.g. imagery, detection declarations, time/position/pointing data, etc.)? n)Specify the command and control interface and video format. o)Has the system been subjected to MIL-STD-810 testing? Elaborate on the tests for which the system was subject to as well as the results from those tests. p)How has the system been tested for performance? Elaborate on test design and results while addressing probability of detection and false alarm rates. Causes/sources of false alarms should be identified to the extent known. q)Provide a Rough Order of Magnitude (ROM) on the anticipated unit cost of the system. r)Provide a brief description of the firm including whether the firm is identified as a large or small business. SAMPLE WHITE PAPER RESPONSE OUTLINE Following is a suggested outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their responses as they see fit. Section 1 - Technical Description Briefly describe your technology, including the reliability, safety and technology readiness characteristics of the alternatives. Section 2 - Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. Section 3 - Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. Section 4 - Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. The Government and their contractors with Non-Disclosure Agreements (NDA) on file may see the data provided in the submittals. SUBMISSION OF RESPONSES: ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL Responses to this RFI should be submitted via email no later than 27 May 2011 to lorna.tribby@navy.mil, phone 812-854-6021. Please limit responses to 15 pages written (Times New Roman, 12 font) or MS PowerPoint slides. If necessary, additional pages for technical drawings are allowed. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers. You may also submit supplemental hardcopy materials such as brochures, CDs, etc. to Lorna Tribby, Crane Division, Naval Surface Warfare Center, Bldg. 3291 300 Highway 361 Crane, IN. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after 27 May 2011 may not be considered in the government's analyses. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJQ21/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJQ21_11RJQ21_ss.doc (https://www.neco.navy.mil/synopsis_file/N0016411RJQ21_11RJQ21_ss.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJQ21_11RJQ21_ss.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02434961-W 20110429/110427235010-e300e180179649729bd69db766e4469d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.